STATEMENT OF WORK Laboratory PT/INR Cost Per Kit (CPK) I. SCOPE: Contractor shall provide all point of care (POC) analyzers, uploaders, reagents, standards, controls, parts, accessories, and any other item required for the proper operation of its contractor owned POC analyzers and peripherals necessary for the generation of POC PT/INR (Prothrombin Time International Normalized Ratio) ASSAY Cost Per Kit (CPK) services. Services shall be required for a base year period with four one-year options for renewal thereafter. The Contractor shall provide analyzers and supplies per scope to each of the following ancillary locations: A. Rocky Mountain Regional VA Medical Center Ancillary Testing Locations, with 11 analyzers and uploaders. B. Oklahoma City VA Health Care System Ancillary Testing Locations, with 15 analyzers and uploaders. C. Salt Lake City VA Health Care System (George E. Wahlen VA HCS) Ancillary Testing Locations with 17 devices, 21 docking stations, 2 simulators and 3 cleaning kits. II. DEFINITIONS: Cost Per Kit (CPK): The CPK price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, parts, accessories, and any other item required for the proper operation of the contractor s equipment and necessary for the generation of a patient reportable result. This does not include those items approved for exclusion by the government such as printer paper, labels etc. This CPK price shall also encompass all costs associated material to perform as well as all other costs associated with quality control (provide control material or credit to purchase controls from other vendor), calibration and correlation study testing that is prescribed by Clinical and Laboratory Standards Institute (CLSI) (c). All necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs and (d) training for Government personnel. Contractors are required to provide delivery, installation, and removal of equipment at no additional charge. In response to this announcement, please provide the information below. If this information is not provided, then it will be assumed the entire requirement cannot be met: NAICS Code: 334516 Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No Available pricing structure of proposed solution (select all that are applicable below): Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market (CPRR) Cost Per Reportable Result Cost Per Test(CPT) Reagent Rental Agreement Equipment Rental with Reagent Purchase Fixed Monthly Charge Other: (Please explain) Federal Acquisition Regulation (FAR) Market Rearch Questions: Buy American Act (FAR 52.225) What percentage of the proposed product (including leases) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Questions for Small Businesses ONLY: Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________ If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________ Nonmanufacturer Rule (FAR 52.219-33): Does your company manufacturer these proposed items? [ ] yes [ ] no Does your company exceed 500 employees? [ ] yes [ ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [ ] yes [ ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [ ] yes [ ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [ ] yes [ ] no If yes, what is the manufacturer s name? ________________ The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for quote (RFQ). No questions will be answered. The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contracting Officer. If your organization can provide all services of this potential requirement and is interested in this opportunity, please respond to Lindsey Zwaagstra, Lindsey.Zwaagstra@va.gov, Contracting Officer, Department of Veterans Affairs, NCO 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 and NCO19lab@va.gov  with a statement describing your capabilities and completed table above. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. The deadline for this information to be received is 16:30 PM Mountain Time, 02/27/2024.